Loading...
HomeMy WebLinkAboutContract 43209 (2)} ttitt c oh`1ift rT ( COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Cassco Development Co., Inc. Address, State, Zip Code: 4200 South Hulen Street, Suite 614, Fort Worth TX 76109 Phone, E-Mail: 817-731-73 96 Authorized Signatory/Title: Paxton E. Motheral, Vice President Project Name: Edwards Ranch Riverhills Phase 5 Project Location: SW Corner of Arborlawn Rd. & International Plaza Plat Case No.: FP-012-004 Plat Name: Edwards Ranch Riverhills Mapsco: 89 A/E Council District: 3 City Project No: 01885 CFA: 2012-018 DOE: 6822 To be completed b Received by: C SIR, f�' \‘_ yok- 05-11-12 PO4:48 IN 1 Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City - approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. the following checked exhibits are made a part hereof: Water (A) X , Sewer, (A-1) __X_, Paving (B) X ,Storm Drain (B-1) �X, Street Lights & Combined CFA final Sept 12, 2008 2 Signs (C) X E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City -issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by Combined CFA final Sept 12, 2008 4 any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part. by the alleged negligence of the City of Fort Worth. its officers, servants, or employees Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the Combined CFA final Sept 12, 2008 6 completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement Cost Summary Sheet Project Name: Edwards Ranch Riverhills Phase 5 CFA No.: 2012-018 DOE No.: 6822 1 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information Items f Developers Cost A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sever Construction Total B. TPW Construction 1. Street 3. Storm Drain 4. Street Lights Installed by Developer TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): 1 157, 695.50 215, 355.00 373, 050.50 $ $ 596, 904.00 122,515.00 53,160.00 $ 772, 579.00 j Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light lnspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees 1,145, 629.50 I 7,461.01 7,461.01 14, 922.02 28, 776.76 $ 14,388.38 $ 2,126.40 490.00 45, 781.54 Total Construction Fees: 60, 703.56 Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain = 125% Letter of Credit = 125% w/2yr expiration period $ Choice Amount 1 (ck one) 1,145,629.50 1,145, 629.50 466,313.13 965, 723.75 1,432, 036.88 • Combined CFA final Sept 12, 2008 8 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has exec t d this instrument in quadruplicate, at Fort Worth, Texas this day of In U 20 I �. " 1 t CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi-Babulal, EMBA, ' .E. Development Engineering Man Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No.ijJ4 Date: ATTEST: Mary rKay City Secret ATTEST: Signature (Print) Name: er 40ner 0000000 ya O ► O_0 .Y, Transportation & Public Works Department 1./J Douglas . Wiersig, P.E. Directo Approved by City Manager's Office it-44.14.4.44 Fernando Costa Assistant City Manager Cassco Development Co., Inc. 9 Signature Print Name: Paxton E. Motheral Title: Vice President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement �ncluded Attachment ® Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit C. Street Lights and Signs Improvements Street Lights and Signs Estimate 1 J 0 0 El RI n (Remainder of Page Intentionally Left Blank) Combined CFA final Sept 12, 2008 10 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 RIVERHILLS - PHASE 5 April 23, 2012 WATER DISTRIBUTION SYSTEM ITEM# DESCRIPTION 1 8" PVC Water Main by Open Cut 2 8" Gate Valve & Box 3 8" x 8" Tapping Sleeve & Valve 4 12" x 8" Tapping Sleeve & Valve 5 Std. Fire Hydrant Assembly 6 Relocate Existing Fire Hydrant 7 2" Irrigation Service 8 1" Domestic Water Service 9 Water Service Meter Box 10 'Cast Iron Fittings 11 'Trench Safety 12 'System Testing 13 (Remove and Replace Existing Pavement, Curb & Gutter (International Plaza at WL-1) 14 'Traffic Control for Arborlawn & International Plaza 15 (Installation & Maintenance of Stormwater Management [TOTAL WATER DISTRIBUTION SYSTEM BID QTY UNIT 3,730 L.F. 4 EA. 1 EA. 1 EA. 3 EA. 1 EA. 4 EA. 58 LOT 58 LOT 1.221 TON 3,730 L.F. 3,730 L.F. 1 1 1 L.S. L.S. L.S. PRICE $21.00 $925.00 $2,500.00 $3,500.00 $2,300.00 $1,500.00 $1,850.00 $425.00 $125.00 $3,000.00 $0.10 $0.25 $16,200.00 $500.00 $300.00 AMOUNT! $78,330.00 $3,700.00 $2,500.00 $3,500.00 $6,900.00 $1,500.00 $7,400.00 $24,650.00 $7,250.00 $3,660.00 $373.00 $932.50 $16,200.00 $500.00 $300.00 $157,695.50 G:\JOB\WFXL7500\700 CADD\728 Exhibits\CFA Exhibits\Riverhills Bid Sheets.XLS Page 1 ITEM# 1 2 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 RIVERHILLS - PHASE 5 April 23, 2012 SANITARY SEWER COLLECTION SYSTEM DESCRIPTION 8" SDR-26 PVC SS Main 8" SDR-26 PVC SS Main (w/ Cement Stabilized Backfill) 3 4" SDR-26 Services 4 4" SDR-35 Services 5 4' Dia. Manhole 6 Install Protective Manhole Coating 7 Connect to Existing Manhole Remove and Replace Existing Pavement, Curb and Gutter 8 (Arborlawn Drive at SS-1) Remove and Replace Existing Pavement 9 (Arborlawn Drive at SS-4) Replace Median Landscaping In -kind 10 (Arborlawn Drive at SS-1) Remove and Replace Existing Concrete 11 Sidewalk 12 Clay Dam 13 Trench Safety 14 TV Inspection 15 Vacuum Test Manholes 16 Traffic Control for Arborlawn & International Plaza 17 Installation & Maintenance of Stormwater Management LTOTAL SANITARY SEWER COLLECTION SYSTEM BID QTY UNIT 3,408 L.F. 300 L.F. 50 EA. 8 EA. 22 EA. 1,520 S.F. 2 EA. 1 L.S. 85 S.Y. 1 L.S. 50 11 3,708 3,708 22 1 1 S.F. EA. L.F. L.F. EA. L.S. L.S. PRICE $26.00 $28.00 $375.00 $350.00 $2,750.00 $5.00 $600.00 $5,500.00 $60.00 $1,500.00 $6.00 $200.00 $1.25 $1.50 $100.00 $200.00 $300.00 AMOUNT $88,608.00 $8,400.00 $18,750.00 $2,800.00 $60,500.00 $7,600.00 $1,200.00 $5,500.00 $5,100.00 $1,500.00 $300.00 $2,200.00 $4,635.00 $5,562.00 $2,200.00 $200.00 $300.00 $215,355.00 'I G:\JOB\WFXL7500\700 CADD\728 Exhibits\CFA Exhibits\Riverhills Bid Sheets.XLS Page 2 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO, (817) 735-6000 RIVERHILLS - PHASE 5 April 23, 2012 PAVING IITEM# DESCRIPTION 1 6" Lime Stabilized Subgrade 2 Hydrated Lime (30 LBS/SY) 3 6", 4000 psi R.C. Street Pvmt 4 6" Roll -Over Curb 5 8", 4000 psi R.C. Turnlane 6 6" Concrete Curb 7 6", 4000 psi R.C. Street Pvmt (Alley) 8 ADA Ramps - Type A 9 IADA Ramps -Type D 10 IADA Ramps - Type H 11 ISawcut/Remove Exist Curb & Gutter 12 'Striping 13'Sidewaik 14 (Traffic Control for Arborlawn & International Plaza 15 (Installation & Maintenance of Stormwater Management TOTAL PAVING BID QTY 17,840 268 10,940 8,220 410 334 2,460 4 12 4 425 125 7,765 1 1 UNIT S .Y. TON S .Y. L.F S .Y. L.F. S .Y. EA EA EA L.F. L.F. L.F. L.S. L.S. PRICE $2.50 $155.00 $27.00 $1.00 $35.00 $1.00 $30.00 $900.00 $850.00 $1,000.00 $4.00 $4.00 $12.00 $500.00 $5,000.00 AMOUNT! $44,600.00 $41,540.00 $295,380.00 $8,220.00 $14,350.00 $334.00 $73,800.00 $3,600.00 $10,200.00 $4,000.00 $1,700.00 $500.00 $93,180.00 $500.00 $5,000.00 $596,904.00 d G:\JOB\W FXL7500\700 CADD\728 Exhibits\CFA Exhibits\Riverhills Bid Sheets.XLS Page 3 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 RIVERHILLS - PHASE 5 April 23, 2012 STORM DRAIN SYSTEM ITEM# DESCRIPTION 1 21" RCP - CLASS III 2 24" RCP - CLASS III 3 27" RCP - CLASS III 4 33" RCP - CLASS III 5 136" RCP - CLASS III 6 (Connect to Existing 36" RCP (w/Concrete Collar) 7 IStd. 20' Curb Inlet 8 IStd. 10' Curb Inlet 9 15' Square Manhole 10 14' Square Manhole 11 160° Connection 12 145° Connection 13 112"-18" Rock Rip Rap 14 'Trench Safety 15 (Traffic Control for Arborlawn & International Plaza 16 !Installation & Maintenance of Stormwater Management 17 (Connect to Existing Storm Drain Manhole 18'Remove and Dispose of the Existing 36" Storm Drain Pipe and 19 (Remove and Dispose of Existing Curb Intlet TOTAL STORM DRAIN SYSTEM STREET LIGHTS ITEM# DESCRIPTION 1 Installation of Street Light, Pole, Base & Foundation 2 Relocate Existing Street Light 3 Street Light Conductors (3-#8, 1-#10G) in 2" Schedule 40 PVC 4 Ground Box _ TOTAL STREET LIGHTS & STREET SIGNS IITEM# DESCRIPTION 1 Street Signs IITOTAL STREET LIGHTS & STREET SIGNS BID QTY 210 472 165 525 81 1 1 10 1 6 1 8 25 1,450 1 1 1 1 2 BID QTY 13 1 2,480 5 UNIT L.F. L.F. L.F. L.F. L.F. EA. EA. EA. EA. EA. EA. EA. S.Y. L.F. L.S. L.S. EA. L.S. EA. UNIT EA. L.S. LF EA. PRICE $32.00 $36.00 $53.00 $58.00 $68.00 $1,000.00 $4,000.00 $2,000.00 $3,000.00 $2,200.00 $400.00 $300.00 $60.00 $2.00 $1,000.00 $500.00 $500.00 $2,100.00 $800.00 PRICE $1,400.00 $3,200.00 $12.00 $400.00 STREET SIGNS BID QTY 2 UNIT EA. PRICE $245.00 AMOUNT( $6,720.001 $16,992.001 $8,745.001 $30,450.001 $5,508.001 $1,000.001 $4,000.00 $20,000.00 $3,000.001 $13,200.001 $400.001 $2,400.001 $1,500.001 $2,900.00 $1,000.00 $500.00 $500.00 $2,100.00 $1,600.001 $122,515.00II AMOUNT $18,200.00 $3,200.00 $29,760.00 $2,000.00 $53,160.0011 AMOUNT' $490.00 $490.0011 G:\JOB\WFXL7500\700 CADD\728 Exhibits\CFA Exhibits\Riverhills Bid Sheets.XLS Page 4 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 RIVE ITEM# 1 WATER 2 SANITARY SEWER 'SUBTOTAL FEES (TOTAL FEES DESCRIPTION ITEM# DESCRIPTION 1 STREET PAVING 2 STORM DRAINAGE 3 STREET LIGHTS !SUBTOTAL FEES (TOTAL FEES ITEM# DESCRIPTION 1 WATER 2 SANITARY SEWER 1/45 J I FILL I rHVIINIa 4 STORM DRAINAGE 5 STREET LIGHTS IITOTAL CFA CONSTRUCTION 11TOTAL WATER/SEWER FEE IITOTAL PAVING/STORM DRAIN/LIGHTING FEE ILLS EnPUIIAS April 23, 2012 FEE CALCULATION WATER AND SANITARY SEWER FEE CALCULATION PAVING AND STORM DRAINAGE CFA SUMMARY (DEVELOPMENT BOND FOR WATER / SEWER !DEVELOPMENT BOND FOR PAVING / DRAINAGE / STREET LIGHTS {'5 2% INSPECTION AMOUNT FEE 2% TESTING FEE $157,695.50 $3,153.91 $3,153.91 $215,355.00 $4,307.10 $4,307.10 $7,461.01 $7,461.01 $14,922.02 4% INSPECTION AMOUNT FEE 2% TESTING FEE $596,904.00 $23,876.16 $11,938.081 $122,515.00 $4,900.60 $2,450.301 $53,160.00 $2,126.40 $0.00 I $30,903.16 $14,388.381 $45,291.541 TOTAL $157,695.50 $215,355.00 qib9b, 3U4.UU $122,515.00 $53,160.00 $1,145,629.50 I $14,922.02 II $45,291.5411 $373,050.501 $772,579.001 G:\JOB\WFXL7500\700 !ADD\728 Exhibits\CFA Exhibits\Riverhills Bid Sheets.XLS Page 5 LOCATION MAP ED WARDS RANCH RIVERHILLS NOT TO SCALE ED WARDS RANCH RIVERHILLS JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. WFXL7500 PAGE 1 OF 6 0 z W W J PROPOSED WATER LINE ).7 PROPOSED FIRE HYDRANT EXISTING ARE HYDRANT z rf M PROPOSED GATE VALVE PROPOSED WATER SERVICES EXISTING WATER LINE EXISTING GATE VALVE ALL WATER LINES ARE 8" UNLESS OTHERWISE NOTED L 'V DRIVE SCALE 1" = 200' O 0 = H- o 0 CC W z o cc M w fit`' w CC z o .-. tC —wr- HQ 0 z-m Wa- � w 0 ww., -, oo V) d Cr CC (J N w U z a 2 N r` .r % N Jr \ /� / / `4 1 ••... I-w%r'••• • ,r, .., ,. r,•r •••-• • • •of"%\ /w•\1101••1•r1 N 0 0 z 0 w SANITARY SEWER SERVICE LINE 0 w 0W 0 W W W Q0 cc, 00 0 ow oz a� a sx w N N >- H Q N CD LI-1 z Z 0 NW N= z z w= w� 0 z ALL SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED * SDR-26 SCALE 1" = 200' U N U 6-1Z N ti w x a W in m o o o W ¢ H o CDU a49,9 0 h rn il %snag..., .,. ... \.,..., \.....Om....,,.. V.,.. ... , \. 1-..l S,.,..., .. , I-..,,....... \,,, ,,.,., ..l , t, ...,.,y...., m 0 N z 0 m 3NIl .11213d021d ONLLSIX3 N1VM30IS 03SOdQad 1HOId 03SOd08d 3Nl AVM 30 3003 03S0d08d 0 m 0 0 r rn 0 m z 0 4,44 wa % / / =e .e> \\ N /s 1 /) ! 3) = . i- � � i 2[.2 1 WILLOWLAI -,- -R 2 « NI ,01. 32JV S131N1 8Nf10 TIY LENGTH UNLESS OTHERWISE NOTED. lZ 321Y S3dId 131N1 NIb210 3SIMd3H1O SS31Nfl d021 W3ISAS NMI0 INNOIS ONI1SIX3 PROPOSED STORM DRAIN MANHOLE 11147 '1 PROPOSED STORM DRAIN SYSTEM rn 0 z 0 PROPOSED LIGHTPOLE D LiJ PROPOSED STREET SIGN PROPOSED RIGHT OF WAY LINE • EXISTING LIGHTPOLE EXISTING PROPERTY LINE etee O 0 N 0-4 r1 0 E Z Q X d W O O U7 cr O 1- 0=0 _1 H 0 Xzo�° 3V __ <n WIv-) to Ht— O LJ Z W z�r 1-Q zH co W a w W w 0 p]H n. O N Q • Z_ a ti 1 0 1 ....\ r.at ......NO'. al Oa .Neat . es rat. —. .. ...\ ......\ .a